SOLICITATION NOTICE
X -- Rental of high pressure air compressor, model 44H25.
- Notice Date
- 11/29/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0142
- Response Due
- 12/6/2004
- Archive Date
- 1/5/2005
- Description
- MPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This is a combined synopsis / solicitation for full and open competition for commercial items prepared in accordance with FAR 12 and 15 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-05-T-0142 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 1/31/02. The standard industrial code is 3429 (NAICS 332510), And the business size standard is 500 The following is a description of the requirement: The Fleet and Industrial Supply Center, San Diego, Ca. is soliciting offers for rental of high pressure air compressor, Universal High Model 44H25, mfgr. American Compressor, commencing 01 Jan. 2005 through 30 Sept. 2005 with two one year options thru 30 Sept. 2007. Statement of Work USS DOLPHIN HIGH PRESSURE AIR COMPRESSOR 1.0 INTRODUCTION This requirement is in support of the USS DOLPHIN high pressure air system. The USS DOLPHIN has two (2) high pressure air compressor systems installed onboard to support at-sea air system requirements. This requirement is to lease a high pressure air compressor system to support in port requirements. 2.0 SCOPE When the USS DOLPIN is in port the onboard high pressure air compressors systems under go a maintenance cycle, and therefore are not available for use to support onboard air system requirements. To support this requirement a dockside high pressure air compressor system shall be leased and installed pier side at the USS DOLPHIN home port, SPAWARSYSCEN, San Diego, CA. 3.0 TECHNICAL REQUIREMENTS 3.1 Unit is to be an air cooled high pressure air compressor with a controller to deliver oil free air at 5000psig. Unit is to be electric motor driven, self-contained, skid mounted with all necessary filters, dryers and instruments to deliver oil free air at a dew point of 20 degrees F at 4500psi (-60 degrees F at atmosphere) 3.2 Motor is to be a 25hp, 460 Volt AC, 60 Hertz, the starter is to be a pre-wired full voltage type. The motor is to be suitable for outdoor operation without the need for additional shelter. The motor is to be air-cooled. 3.3 The compressor is to compress free air from atmosphere to 5000psig at a rated discharge capacity of 6chf @ 5000psig (equal to 34 cubic feet per minute of free air) and must be capable of continuously supplying the specified quantity of air at the normal discharge pressure. Each of the four (4) compressor stages are to be equipped with an integral intercooler. The last stage is to be equipped with an integral intercooler. The unit is to be suitable for operation in an outdoor industrial pier side environment at temperatures of 35 degrees F, without the need for additional shelter. 3.4 Each intercooler and the after cooler shall be equipped with a moisture separator, safety relief valve, time controlled pneumatically operated automatic drain valve, manual drain valve, pressure gauge and temperature gauge. The air dryer shall be capable of drying 6cfh to a dew point of 20 degrees F at 4500psi discharge (-60 degrees F at atmosphere). All assemblies shall be mounted and interconnected on the package to enable single point connection by the shipyard. 3.5 The compressor shall be equipped with safety valves and piping to meet ASME Power Piping safety codes and the unit shall be assembled to meet OSHA safety standards. All manual and automatic condensate drains shall be connected to a condensate collection system consisting of a fifteen (15) gallon or larger sump equipped with a single manual drain valve and an air exhaust muffler. 3.6 All spare parts, filters, and maintenance are to be provided at no additional charge. The vendor shall be responsible for on site start up and all routine maintenance, i.e. change oil, filters, lubricant, coolant, etc. The government shall be responsible for daily check of liquid levels, condensate removal and disposal. 3.7 Equipment shall be delivered in first class operating condition with complete operating instructions. Unit shall be wired electrically to enable a single point shipyard connection and equipped with fifty (50) feet of cable to enable electrical connection to pier side outlets. 3.8 Repair and or maintenance service shall be provided within twenty-four (24) hours after notification by the contract officer or his representative. In the event the unit cannot be returned to service within forty-eight (48) hours of notification, a replacement unit shall be delivered at no extra charge to the Government. 3.9 The contractor shall maintain a stringent maintenance program, performing at least quarterly service to the compressor unit, and be responsible for equipment failure not arising out of abuse or negligence by the Government. 3.10 All equipment shall be mounted and interconnected on a structural steel skid with provision for handling by a forklift. 4.0 TRAVEL 4.1 None 5.0 GOVERNMENT FURNISHED EQUIPMENT 5.1 Forklift services to off-load compressor unit from contractor's truck at SPAWARSYSCEN, Pier-160, San Diego, Ca. 6.0 OTHER 6.1 The contractor shall provide a point of contact and telephone number, pager, and or email address. 6.2 Security, Contractor employee shall be citizens. This effort shall require UNCLEARED contractor personnel only. 6.3 Place of Performance. SPAWARSYSCEN, Pier-160, San Diego, CA. 6.4 Reports and Deliverables. None required. 6.5 Period of Performance. Base contract period will be from award of contract through 30 September 2005. Two (2), one (1) year option periods are required. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements, FAR 52.212-3 Offeror Reps and Certs, FAR 52.214-21 Descriptive Literature, 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-8 Discounts for prompt payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor, FAR 52.233-1 Disputes, FAR 52.243-1 changes-fixed price, far 52.246-2 Inspection of Supplies-Fixed Price, FAR 52.247-34 FOB Destination, FAR 52.249-1 Termination for Convenience, FAR 52.249-8 Default, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. The following factors shall be used to evaluate offers. (Factor 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001. (Factor 2) Past Performance, contractors to submit previous three (3) contract numbers, names of agencies/companies and contacts for past three years. (Factor 3) price Offerors' proposals will be evaluated first under factor 1 above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph b below. Only those offers which meet the minimum technical requirements required by Factor 1 will be further evaluated under Factors 2 and 3. In the second step of evaluating those offers determined under Factor 1 to be technically acceptable., Factor 2 is approximately equal to Factor 3, price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) Technical capability of proposed item to meet the requirement, Factor 1, will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, instructions to offerors - commercial items, subparagraph (b) 4 which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technical unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. ? Offeror's Past Performance information submitted as required by FAR Clause 52.212-1, instructions to Offerors - Commercial items, Subparagraph (6) 10, will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Past Performance information should be provided on the form provided as in attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's past performance as follows: Neutral: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. Outstanding: No risk anticipated with delivery of quality product, on time, or of any degration of performance, or lack of customer satisfaction based upon offeror's past performance. Satisfactory: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. Marginal: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (of part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 30 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12/6/04 3:00 PM, local time Offerors will be accepted via fax (619-532-1088) or via e-mail (Cynthia.Lammens@navy.mil)or Federal Express to FISC San Diego, code 220, 937 N. Harbor Drive 7th floor, San Diego, Ca. 92132-0060. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . Offerors shall provide at least three references on the form below: Past Performance Data Sheet: Offeror's Past Performance Data N00244-05-T-0142 Company Name: Address: Contact Name: Telephone: Fax number: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. Contract number for reference #1: a. awarded by: b. address: c. city/state/zip: d. contact name: e. telephone/fax: f. contract type: g. item description: h. quantity: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes* No Were all items delivered within the original contract schedule? m. Yes* No Has your company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Note: Offeror's to complete the above form for three separate prior contracts.
- Web Link
-
Click here to learn more about FISC San Diego
(http://sd.fisc.navy.mil)
- Record
- SN00714064-W 20041201/041129211954 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |